Consultancy services within nuclear security and radiation protection related to handling of atomic fuel - the Norwegian Directorate for Radiation Protection and Nuclear Security (DSA).

About the Customer: The Norwegian Radiation Protection Agency and Nuclear Safety (DSA) is a specialist and management authority in the areas of nuclear security and security, radiation protection, radioactive pollution and radioactive waste. DSA carries out assignments on behalf of the Ministry of Health and Care Services, the Ministry of …

CPV: 90520000 Услуги, свързани с радиоактивни, токсични, медицински и опасни отпадъци, 90521000 Услуги по третиране на радиоактивни отпадъци, 98113000 Услуги на организации на специалисти, 98113100 Услуги, свързани с ядрената безопасност
Краен срок:
Авг. 21, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Consultancy services within nuclear security and radiation protection related to handling of atomic fuel - the Norwegian Directorate for Radiation Protection and Nuclear Security (DSA).
Издаващ орган:
Direktoratet for strålevern og atomsikkerhet (DSA)
Номер на наградата:
25/01767

1. Buyer

1.1 Buyer

Official name : Direktoratet for strålevern og atomsikkerhet (DSA)
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Consultancy services within nuclear security and radiation protection related to handling of atomic fuel - the Norwegian Directorate for Radiation Protection and Nuclear Security (DSA).
Description : About the Customer: The Norwegian Radiation Protection Agency and Nuclear Safety (DSA) is a specialist and management authority in the areas of nuclear security and security, radiation protection, radioactive pollution and radioactive waste. DSA carries out assignments on behalf of the Ministry of Health and Care Services, the Ministry of Foreign Affairs and the Ministry of Climate and Environment. General description of the Assignment: The assignment agreement is for the provision of technical services in support of DSA ́s core assignments, related to nuclear security and radiation protection, in the area of handling nuclear fuel. The assignment is divided into two parts:1) A concrete defined assignment in which the tenderer shall submit a fixed price in their tender. The defined assignment concerns reviewing and assessing relevant parts of updated security reports for atomic installations for handling used fuel in Kjeller and assessing security when handling nuclear fuel, as well as reporting findings and recommendations to address finds. The update was made in connection with an order to the holder of a licence that includes safety assessments for critiqueality.2) This part of the assignment includes support to DSA ́s inspection assignments, mainly reviewing and assessing, connected to facilities and activities connected with dealing with nuclear fuel. These assignments are solved on an hourly basis in accordance with requests from the DSA. DSA ́s maximum budget for the entire assignment, both parts 1 and 2, is NOK 3,500,000.
Procedure identifier : 30bfcbfb-a61a-45f0-8741-f6a855c02c9c
Internal identifier : 25/01767
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : About the procurement: The procurement will be subject to the requirements in the Act 1 June 2018 no. 24 on national security (the Security Act) and this will apply in addition to the rules of the LOA and FOA.Om contract: This assignment agreement means that the DSA shares information that is classified as RESTRICTED, in accordance with the Security Act and NATO rules. If at a later date during the contract implementation, a general assessment is carried out indicating a potential risk that the total classification may exceed the LIMITED level, the sharing of information will be paused before such a reclassification takes place. Tenderers will be obliged to enter into a security agreement with DSA in accordance with the requirements set in the Security Act and in accordance with further provisions given by the Contracting Authority. See "Attechement 1 Security Aspect Letter (SAL)". All security requirements are further stated in "SSA-O English Appendices, Appendix 1" and annexes. Other important contract terms: The chosen tenderer must be certified by the National Security Authority (NSM) before the contract can be signed. Export licences must be granted by the Norwegian Directorate for Export Control and Sanctions (DEKSA). The implementation of the contract involves the transfer of technology with double use from Norway by the contracting authority. The work is therefore covered by Norwegian export control regulations, and obtaining an export license is a prerequisite for carrying out this contract. The chosen tenderer must not have active contracts with organisations that are, or are likely to be, authorised or licensed by the contracting authority. The contract terms will be in "SSA-O English" and "SSA-O English Appendices" with annexes.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98113100 Nuclear safety services
Additional classification ( cpv ): 90520000 Radioactive-, toxic-, medical- and hazardous waste services
Additional classification ( cpv ): 90521000 Radioactive waste treatment services
Additional classification ( cpv ): 98113000 Services furnished by specialist organisations

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Location: The services included in this contract will primarily be carried out at the tenderer ́s location. The services can, however, be required to be provided at the customer or elsewhere in Norway.

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Consultancy services within nuclear security and radiation protection related to handling of atomic fuel - the Norwegian Directorate for Radiation Protection and Nuclear Security (DSA).
Description : About the Customer: The Norwegian Radiation Protection Agency and Nuclear Safety (DSA) is a specialist and management authority in the areas of nuclear security and security, radiation protection, radioactive pollution and radioactive waste. DSA carries out assignments on behalf of the Ministry of Health and Care Services, the Ministry of Foreign Affairs and the Ministry of Climate and Environment. General description of the Assignment: The assignment agreement is for the provision of technical services in support of DSA ́s core assignments, related to nuclear security and radiation protection, in the area of handling nuclear fuel. The assignment is divided into two parts:1) A concrete defined assignment in which the tenderer shall submit a fixed price in their tender. The defined assignment concerns reviewing and assessing relevant parts of updated security reports for atomic installations for handling used fuel in Kjeller and assessing security when handling nuclear fuel, as well as reporting findings and recommendations to address finds. The update was made in connection with an order to the holder of a licence that includes safety assessments for critiqueality.2) This part of the assignment includes support to DSA ́s inspection assignments, mainly reviewing and assessing, connected to facilities and activities connected with dealing with nuclear fuel. These assignments are solved on an hourly basis in accordance with requests from the DSA. DSA ́s maximum budget for the entire assignment, both parts 1 and 2, is NOK 3,500,000.
Internal identifier : 25/01767

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98113100 Nuclear safety services
Additional classification ( cpv ): 90520000 Radioactive-, toxic-, medical- and hazardous waste services
Additional classification ( cpv ): 90521000 Radioactive waste treatment services
Additional classification ( cpv ): 98113000 Services furnished by specialist organisations

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Location: The services included in this contract will primarily be carried out at the tenderer ́s location. The services can, however, be required to be provided at the customer or elsewhere in Norway.

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Requirement 1: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Minimum qualification requirements Requirement 2: The tenderer and any sub-suppliers in the contract must be based in Norway or in a country Norway have a security agreement or security cooperation with. Documentation requirement: State the tenderer ́s and any sub-suppliers' country of origin.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement 3: The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement: Extended credit appraisal/report, not older than 3 months, from a publicly certified credit rating company, with score A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement 4: The tenderer shall have good experience from similar deliveries. Similar deliveries means deliveries related to nuclear security and radiation protection, with particular emphasis on handling atomic fuel, nuclear fuel management facilities and the accompanying safety assessments. Documentation requirement: Description of the tenderer's most relevant deliveries over the last three years, together with information on the contract ́s value, date of delivery or execution, and the name of the recipient. Contact information must be provided for a reference person at the contracting authority who can confirm this information.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Requirement 5: Tenderers shall have sufficient technical and professional capacity to fulfil the assignment contract. Documentation requirement: A description of the technical personnel or technical units, particularly those who are responsible for quality control, that the tenderer has at its disposal for fulfilment of the contract.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Requirement 6: The tenderer shall implement good quality assurance routines. Documentation requirement: A description of the technical facilities and survey and research facilities at the tenderer's disposal and the tenderer's quality assurance measures. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to present a copy of a valid certificate.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Requirement 7: Tenderers shall have implemented good environmental management measures. Documentation requirement: Description of environmental management measures. If the tenderer is certified in accordance with ISO 14001, EMAS or equivalent standards, it is sufficient to present a copy of a valid certificate.
Criterion : Security of information
Description : Requirement 8: Tenderers shall have implemented good routines for information security in accordance with recognised standards and best practice. Documentation requirement: Description of the security management system: Explain how safety is planned, implemented and continually developed within a recurring life cycle. If the tenderer is certified in accordance with ISO 27001, NIST CFS or equivalent standards, it is sufficient to enclose a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : The following will be assessed under this criteria: 1) The consultancy team ́s (including the team manager ́s) total competence and experience, weighting: 75 % 2) Solution description for "Part 1 - "Defined Scope", weight: 25 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name : Price
Description : The following will be assessed under this criteria: 1) The offered hourly rate for ongoing assignments, cf. "Part 2 - "Maximum value", weight: 65 % 2) Fixed price for "Part 1 – "Defined Scope", weight: 35 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 11/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260198881.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 21/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 21/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See "SSA-O English" and "SSA-O English Appendices" with annexes.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : See the attached document "Competiton Rules".
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Norsk Helsenett SF
Organisation providing offline access to the procurement documents : Norsk Helsenett SF

8. Organisations

8.1 ORG-0001

Official name : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24200000
Internet address : http://www.nhn.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Direktoratet for strålevern og atomsikkerhet (DSA)
Registration number : 867668292
Town : Østerås
Postcode : 1361
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Email : dsa@dsa.no
Telephone : (+47) 67 16 26 60
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Oslo Tingrett
Registration number : 974 714 647
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 887e0bf1-37e6-4e22-b93b-d476daafccd9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 12:00 +00:00
Notice dispatch date (eSender) : 04/07/2025 12:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00438704-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025